Download as pdf or txt
Download as pdf or txt
You are on page 1of 9

Bid Number/बोली मांक ( बड सं या) :

GEM/2024/B/4855896
Dated/ दनांक : 15-04-2024

Bid Document/ बड द तावेज़

Bid Details/ बड ववरण

Bid End Date/Time/ बड बंद होने क तार ख/समय 06-05-2024 13:00:00

Bid Opening Date/Time/ बड खुलने क


06-05-2024 13:30:00
तार ख/समय

Bid Offer Validity (From End Date)/ बड पेशकश


180 (Days)
वैधता (बंद होने क तार ख से)

Ministry/State Name/मं ालय/रा य का नाम Ministry Of Housing & Urban Affairs (mohua)

Department Name/ वभाग का नाम Ministry Of Housing And Urban Affairs

Organisation Name/संगठन का नाम Delhi Metro Rail Corporation Limited

Office Name/कायालय का नाम Delhi Metro Rail Corporation Limited

Total Quantity/कुल मा ा 2043

Wall/Angle mounted 70 Watt LED flood light, LED light shall


be Wall Mounting/Angle Mounting with adj (Q3) , Surface
mounting (U clamp type) , LED down lighter, LED light shall
be surface mounting down lighter (Q3) , Pole mounts 75
Item Category/मद केटे गर
Watt LED light, LED light shall be suitable for 48 to 60 mm
pole diameter (for all r (Q3) , Wall/Angle mounted 35 Watt
LED flood light, LED light shall be Wall Mounting/Angle
Mounting with adj (Q3)

MSE Exemption for Years of Experience and


No
Turnover/ अनुभव के वष से एमएसई छूट

Startup Exemption for Years of Experience


No
and Turnover/ अनुभव के वष से टाटअप छूट

Certificate (Requested in ATC),OEM Authorization


Certificate,Additional Doc 1 (Requested in ATC),Compliance
Document required from seller/ व े ता से मांगे of BoQ specification and supporting document
*In case any bidder is seeking exemption from Experience /
गए द तावेज़ Turnover Criteria, the supporting documents to prove his
eligibility for exemption must be uploaded for evaluation by
the buyer

Bid to RA enabled/ बड से रवस नीलामी स य कया No

Type of Bid/ बड का कार Two Packet Bid

Pole mounts 75 Watt LED light, LED light shall be suitable for
Primary product category
48 to 60 mm pole diameter (for all r

1/9
Bid Details/ बड ववरण

Time allowed for Technical Clarifications


during technical evaluation/तकनीक मू यांकन के 4 Days
दौरान तकनीक प ीकरण हे तु अनुमत समय

Inspection Required (By Empanelled


Inspection Authority / Agencies pre- No
registered with GeM)

Evaluation Method/मू यांकन प ित Item wise evaluation/

EMD Detail/ईएमड ववरण

Advisory Bank/एडवाईजर बक State Bank of India

Schedule 1 EMD Amount/ईएमड रािश (In INR) 79954

Schedule 2 EMD Amount/ईएमड रािश (In INR) 720

Schedule 3 EMD Amount/ईएमड रािश (In INR) 127205

Schedule 4 EMD Amount/ईएमड रािश (In INR) 10573

ePBG Detail/ईपीबीजी ववरण

Required/आव यकता No

(a). EMD EXEMPTION: The bidder seeking EMD exemption, must submit the valid supporting document for the
relevant category as per GeM GTC with the bid. Under MSE category, only manufacturers for goods and Service
Providers for Services are eligible for exemption from EMD. Traders are excluded from the purview of this
Policy./जेम क शत के अनुसार ईएमड छूट के इ छुक बडर को संबंिधत केटे गर के िलए बड के साथ वैध समिथत द तावेज़ तुत करने है ।
एमएसई केटे गर के अंतगत केवल व तुओं के िलए विनमाता तथा सेवाओं के िलए सेवा दाता ईएमड से छूट के पा ह। यापा रय को इस नीित के
दायरे से बाहर रखा गया है ।

(b). The EMD Amount will be applicable for each schedule/group selected during Bid creation.

(c). EMD & Performance security should be in favour of Beneficiary, wherever it is applicable./ईएमड और संपादन
जमानत रािश, जहां यह लागू होती है , लाभाथ के प म होनी चा हए।

Beneficiary/लाभाथ :
Delhi Metro Rail Corporation Ltd.
Delhi Metro Rail Corporation Limited DO Building, Shastri Park Depot Delhi-110053
(Delhi Metro Rail Corporation Ltd.)

Splitting/ वभाजन

Bid splitting not applied/बोली वभाजन लागू नह ं कया गया.

Reserved for Make In India products

2/9
Reserved for Make In India products Yes

MSE Purchase Preference/एमएसई खर द वर यता

MSE Purchase Preference/एमएसई खर द वर यता Yes

1. Bid reserved for Make In India products: : Procurement under this bid is reserved for purchase from Class 1
local supplier as defined in public procurement (Preference to Make in India), Order 2017 as amended from time
to time and its subsequent Orders/Notifications issued by concerned Nodal Ministry for specific Goods/Products.
However, eligible micro and small enterprises will be allowed to participate. The minimum local content to
qualify as a class 1 local supplier is denoted in the bid document. All bidders must upload a certificate from the
OEM regarding the percentage of the local content and the details of locations at which the local value addition is
made along with their bid, failing which the bid is liable to be rejected. In case the bid value is more than Rs 10
Crore, the declaration relating to percentage of local content shall be certified by the statutory auditor or cost
auditor, if the OEM is a company and by a practicing cost accountant or a chartered accountant for OEMs other
than companies as per the Public Procurement (preference to Make-in -India) order 2017 dated 04.06.2020 . In
case Buyer has selected Purchase preference to Micro and Small Enterprises clause in the bid, the same will get
precedence over this clause.
2. Purchase preference to Micro and Small Enterprises (MSEs): Purchase preference will be given to MSEs as
defined in Public Procurement Policy for Micro and Small Enterprises (MSEs) Order, 2012 dated 23.03.2012 issued
by Ministry of Micro, Small and Medium Enterprises and its subsequent Orders/Notifications issued by concerned
Ministry. If the bidder wants to avail the Purchase preference, the bidder must be the manufacturer of the offered
product in case of bid for supply of goods. Traders are excluded from the purview of Public Procurement Policy for
Micro and Small Enterprises. In respect of bid for Services, the bidder must be the Service provider of the offered
Service. Relevant documentary evidence in this regard shall be uploaded along with the bid in respect of the
offered product or service. If L-1 is not an MSE and MSE Seller (s) has/have quoted price within L-1+ 15%
(Selected by Buyer)of margin of purchase preference /price band defined in relevant policy, such Seller shall be
given opportunity to match L-1 price and contract will be awarded for 25%(selected by Buyer) percentage of
total QUANTITY.The buyers are advised to refer the OM No.F.1/4/2021-PPD dated 18.05.2023
OM_No.1_4_2021_PPD_dated_18.05.2023 for compliance of Concurrent application of Public Procurement Policy
for Micro and Small Enterprises Order, 2012 and Public Procurement (Preference to Make in India) Order, 2017.
3. Estimated Bid Value indicated above is being declared solely for the purpose of guidance on EMD amount and
for determining the Eligibility Criteria related to Turn Over, Past Performance and Project / Past Experience etc.
This has no relevance or bearing on the price to be quoted by the bidders and is also not going to have any
impact on bid participation. Also this is not going to be used as a criteria in determining reasonableness of
quoted prices which would be determined by the buyer based on its own assessment of reasonableness and
based on competitive prices received in Bid / RA process.

Evaluation Method ( Item Wise Evaluation Method )

Contract will be awarded schedulewise and the determination of L1 will be done separately for each schedule.
The details of item-consignee combination covered under each schedule are as under:

Evaluation Quant
Item/Category
Schedules ity

Wall/angle Mounted 70 Watt Led Flood Light, Led Light Shall Be Wall
Schedule 1 1271
Mounting/angle Mounting With Adj

Surface Mounting (u Clamp Type) , Led Down Lighter, Led Light Shall Be Surface
Schedule 2 75
Mounting Down Lighter

Pole Mounts 75 Watt Led Light, Led Light Shall Be Suitable For 48 To 60 Mm Pole
Schedule 3 557
Diameter (for All R

3/9
Wall/angle Mounted 35 Watt Led Flood Light, Led Light Shall Be Wall
Schedule 4 140
Mounting/angle Mounting With Adj

Wall/Angle Mounted 70 Watt LED Flood Light, LED Light Shall Be Wall Mounting/Angle
Mounting With Adj ( 1271 pieces )
(Minimum 60% Local Content required for qualifying as Class 1 Local Supplier)

Technical Specifications/तकनीक विश याँ

Buyer Specification
Download
Document/ े ता विश द तावेज़

Consignees/Reporting Officer/परे षती/ रपो टग अिधकार and/ तथा Quantity/मा ा

Consignee
S.No./ . Reporting/Officer/ Delivery Days/ डलीवर के
परे षती/ रपो टग Address/पता Quantity/मा ा
सं. दन
अिधकार

110025,KALINDI KUNJ METRO


TRAIN DEPOT,NEAR KALINDI
1 Ravi Kumar KUNJ METRO STATION,Kalindi 113 30
Kunj Rd, Pocket N, Madanpur
Khadar.

110033,ETU BUILDING,
MUKUNDPUR TRAIN DEPOT,
OPPOSITE MAJLIS PARK METRO
2 Pratyush Kumar 763 30
STATION, ARIHANT MARG,
MODEL TOWN, NEW DELHI-
110033

110041,DMRC TRAIN
MAINTENANCE DEPOT, NEAR
3 Kuldeep MUNDKA INDUSTRIAL AREA 192 30
(MIA) METRO STATION,
MUNDKA, NEW DELHI- 110041

121001,NEAR NEELAM CHOWK


4 Praveen Sharma AJRONDA METRO STATION, 203 30
SECTOR-20 B

Surface Mounting (U Clamp Type) , LED Down Lighter, LED Light Shall Be Surface
Mounting Down Lighter ( 75 pieces )
(Minimum 60% Local Content required for qualifying as Class 1 Local Supplier)

Technical Specifications/तकनीक विश याँ

Buyer Specification
Download
Document/ े ता विश द तावेज़

4/9
Consignees/Reporting Officer/परे षती/ रपो टग अिधकार and/ तथा Quantity/मा ा

Consignee
S.No./ . Reporting/Officer/ Delivery Days/ डलीवर के
परे षती/ रपो टग Address/पता Quantity/मा ा
सं. दन
अिधकार

110033,ETU BUILDING,
MUKUNDPUR TRAIN DEPOT,
OPPOSITE MAJLIS PARK METRO
1 Pratyush Kumar 75 30
STATION, ARIHANT MARG,
MODEL TOWN, NEW DELHI-
110033

Pole Mounts 75 Watt LED Light, LED Light Shall Be Suitable For 48 To 60 Mm Pole
Diameter (for All R ( 557 pieces )
(Minimum 60% Local Content required for qualifying as Class 1 Local Supplier)

Technical Specifications/तकनीक विश याँ

Buyer Specification
Download
Document/ े ता विश द तावेज़

Consignees/Reporting Officer/परे षती/ रपो टग अिधकार and/ तथा Quantity/मा ा

Consignee
S.No./ . Reporting/Officer/ Delivery Days/ डलीवर के
परे षती/ रपो टग Address/पता Quantity/मा ा
सं. दन
अिधकार

110025,KALINDI KUNJ METRO


TRAIN DEPOT,NEAR KALINDI
1 Ravi Kumar KUNJ METRO STATION,Kalindi 79 30
Kunj Rd, Pocket N, Madanpur
Khadar.

110033,ETU BUILDING,
MUKUNDPUR TRAIN DEPOT,
OPPOSITE MAJLIS PARK METRO
2 Pratyush Kumar 320 30
STATION, ARIHANT MARG,
MODEL TOWN, NEW DELHI-
110033

5/9
Consignee
S.No./ . Reporting/Officer/ Delivery Days/ डलीवर के
परे षती/ रपो टग Address/पता Quantity/मा ा
सं. दन
अिधकार

110041,DMRC TRAIN
MAINTENANCE DEPOT, NEAR
3 Kuldeep MUNDKA INDUSTRIAL AREA 158 30
(MIA) METRO STATION,
MUNDKA, NEW DELHI- 110041

Wall/Angle Mounted 35 Watt LED Flood Light, LED Light Shall Be Wall Mounting/Angle
Mounting With Adj ( 140 pieces )
(Minimum 60% Local Content required for qualifying as Class 1 Local Supplier)

Technical Specifications/तकनीक विश याँ

Buyer Specification
Download
Document/ े ता विश द तावेज़

Consignees/Reporting Officer/परे षती/ रपो टग अिधकार and/ तथा Quantity/मा ा

Consignee
S.No./ . Reporting/Officer/ Delivery Days/ डलीवर के
परे षती/ रपो टग Address/पता Quantity/मा ा
सं. दन
अिधकार

110033,ETU BUILDING,
MUKUNDPUR TRAIN DEPOT,
OPPOSITE MAJLIS PARK METRO
1 Pratyush Kumar 140 30
STATION, ARIHANT MARG,
MODEL TOWN, NEW DELHI-
110033

Buyer Added Bid Specific Terms and Conditions/ े ता ारा जोड़ गई बड क वशेष शत

1. Generic

OPTION CLAUSE: The Purchaser reserves the right to increase or decrease the quantity to be ordered up
to 25 percent of bid quantity at the time of placement of contract. The purchaser also reserves the right to
increase the ordered quantity by up to 25% of the contracted quantity during the currency of the
contract at the contracted rates. Bidders are bound to accept the orders accordingly.

2. Scope of Supply

Scope of supply (Bid price to include all cost components) : Only supply of Goods

3. Warranty

6/9
Warranty period of the supplied products shall be 5 years from the date of final acceptance of goods or
after completion of installation, commissioning & testing of goods (if included in the scope of supply), at
consignee location. OEM Warranty certificates must be submitted by Successful Bidder at the time of
delivery of Goods. The seller should guarantee the rectification of goods in case of any break down during
the guarantee period. Seller should have well established Installation, Commissioning, Training,
Troubleshooting and Maintenance Service group in INDIA for attending the after sales service. Details of
Service Centres near consignee destinations are to be uploaded along with the bid.

4. Forms of EMD and PBG

Bidders can also submit the EMD with Payment online through RTGS / internet banking in Beneficiary
name

Delhi Metro Rail Corporation Limited


Account No.
35281970524
IFSC Code
SBIN0000691
Bank Name
State Bank of India
Branch address
11, Sansad Marg, New Delhi-110001
.
Bidder to indicate bid number and name of bidding entity in the transaction details field at the time of on-
line transfer. Bidder has to upload scanned copy / proof of the Online Payment Transfer along with bid.

5. Forms of EMD and PBG

Successful Bidder can submit the Performance Security in the form of Fixed Deposit Receipt also (besides
PBG which is allowed as per GeM GTC). FDR should be made out or pledged in the name of

Delhi Metro Rail Corporation Limited


A/C (Name of the Seller). The bank should certify on it that the deposit can be withdrawn only on the
demand or with the sanction of the pledgee. For release of Security Deposit, the FDR will be released in
favour of bidder by the Buyer after making endorsement on the back of the FDR duly signed and stamped
along with covering letter. Successful Bidder has to upload scanned copy of the FDR document in place of
PBG and has to ensure delivery of hard copy of Original FDR to the Buyer within 15 days of award of
contract.

6. Generic

Data Sheet of the product(s) offered in the bid, are to be uploaded along with the bid documents. Buyers
can match and verify the Data Sheet with the product specifications offered. In case of any unexplained
mismatch of technical parameters, the bid is liable for rejection.

7. Buyer Added Bid Specific ATC

Buyer Added text based ATC clauses

1) Items should be as per the details mentioned in the specification document.

2) If authorized channel partner is submitting the offer, Bid Specific OEM authorization certificate is mandat
orily required, failing of which offer shall be summarily rejected.

3) The bidder must upload a certificate from the OEM regarding the percentage of local content for offered
item mentioned in the bid, failing of which offer shall be summarily rejected.

4.) Successful Bidder shall submit the PBG as per Attached Format in Buyer uploaded ATC document.

5.) EMD is to be submitted only through RTGS/NEFT/Internet Banking. EMD in the form of BG/DD/Banker's
Cheque/FDR shall not be accepted.

7/9
8. Buyer Added Bid Specific ATC

Buyer uploaded ATC document Click here to view the file .

9. Sample Clause

After award of contract – Successful Bidder shall have to get advance sample approved from buyer before
bulk manufacturing / starting bulk supplies. Successful Bidder shall submit

1
samples for Buyer's approval, within 10 days of award of contract. Buyer shall, as per contract
specifications framework, either approve the advance sample or will provide complete list of modification
required in the sample within 10 days of receipt of advance sample. Seller shall be required to ensure
supply as per approved sample with modifications as communicated by Buyer. If there is delay from buyer
side in approval of advance sample – the delivery period shall be refixed without LD for the period of delay
in sample approval. In case, the sample is found to have major deviations / not conforming to the Contract
specifications, the buyer at its discretion may call for fresh samples for approval before allowing bulk
supplies or may terminate the contract after notifying the deviations to the seller.
Unless otherwise provided in the contract, all samples required for test shall be supplied by the contractor
free of cost. Where under the contract, the contractor is required to submit an advance sample, any
expenses incurred by the contractor on or in connection with the production of stores in bulk, before the
sample has been approved unconditionally shall be borne by the Seller and he shall not claim any
compensation in the event of such sample being found unacceptable by the Buyer / Consignee.

Disclaimer/अ वीकरण

The additional terms and conditions have been incorporated by the Buyer after approval of the Competent
Authority in Buyer Organization, whereby Buyer organization is solely responsible for the impact of these clauses
on the bidding process, its outcome, and consequences thereof including any eccentricity / restriction arising in
the bidding process due to these ATCs and due to modification of technical specifications and / or terms and
conditions governing the bid. If any clause(s) is / are incorporated by the Buyer regarding following, the bid and
resultant contracts shall be treated as null and void and such bids may be cancelled by GeM at any stage of
bidding process without any notice:-

1. Definition of Class I and Class II suppliers in the bid not in line with the extant Order / Office Memorandum
issued by DPIIT in this regard.
2. Seeking EMD submission from bidder(s), including via Additional Terms & Conditions, in contravention to
exemption provided to such sellers under GeM GTC.
3. Publishing Custom / BOQ bids for items for which regular GeM categories are available without any
Category item bunched with it.
4. Creating BoQ bid for single item.
5. Mentioning specific Brand or Make or Model or Manufacturer or Dealer name.
6. Mandating submission of documents in physical form as a pre-requisite to qualify bidders.
7. Floating / creation of work contracts as Custom Bids in Services.
8. Seeking sample with bid or approval of samples during bid evaluation process. (However, in bids for
attached categories, trials are allowed as per approved procurement policy of the buyer nodal Ministries)
9. Mandating foreign / international certifications even in case of existence of Indian Standards without
specifying equivalent Indian Certification / standards.
10. Seeking experience from specific organization / department / institute only or from foreign / export
experience.
11. Creating bid for items from irrelevant categories.
12. Incorporating any clause against the MSME policy and Preference to Make in India Policy.
13. Reference of conditions published on any external site or reference to external documents/clauses.
14. Asking for any Tender fee / Bid Participation fee / Auction fee in case of Bids / Forward Auction, as the
case may be.

Further, if any seller has any objection/grievance against these additional clauses or otherwise on any aspect of
this bid, they can raise their representation against the same by using the Representation window provided in
the bid details field in Seller dashboard after logging in as a seller within 4 days of bid publication on GeM. Buyer

8/9
is duty bound to reply to all such representations and would not be allowed to open bids if he fails to reply to
such representations.

This Bid is also governed by the General Terms and Conditions/ यह बड सामा य शत के अंतगत भी शािसत है

In terms of GeM GTC clause 26 regarding Restrictions on procurement from a bidder of a country which shares a land border with India, any bidder from a country which
shares a land border with India will be eligible to bid in this tender only if the bidder is registered with the Competent Authority. While participating in bid, Bidder has to
undertake compliance of this and any false declaration and non-compliance of this would be a ground for immediate termination of the contract and further legal action

in accordance with the laws./ जेम क सामा य शत के खंड 26 के संदभ म भारत के साथ भूिम सीमा साझा करने वाले दे श के बडर से खर द
पर ितबंध के संबंध म भारत के साथ भूिम सीमा साझा करने वाले दे श का कोई भी बडर इस िन वदा म बड दे ने के िलए तभी पा होगा
जब वह बड दे ने वाला स म ािधकार के पास पंजीकृ त हो। बड म भाग लेते समय बडर को इसका अनुपालन करना होगा और कोई भी
गलत घोषणा कए जाने व इसका अनुपालन न करने पर अनुबंध को त काल समा करने और कानून के अनुसार आगे क कानूनी कारवाई
का आधार होगा।

---Thank You/ ध यवाद---

9/9

You might also like